Loading...
HomeMy WebLinkAboutIII(B) Approval And Authorization For Mayor And City Clerk To Execute Change Order No. 2 With Wharton-Smith For Forest Oaks And South Water Treatment Plant Ground Storage Tanks And Well PumpsDATE: TO: FROM: SUBJECT AGENDA 1-21-97 Item III B . JAMES W. SHIRA, P.E. CITY ENGINEER / UTILITIES DIRECTOR 150 N. LAKESHORE DRIVE o OCOEE, FLORIDA 34761 PHONE (407) 656-2322 EXT. 142 • FAX (407) 656-7835 MEMORANDUM January 15, 1997 The Honorable Mayor and Board of City Commissioners David Wheeler, P-.E:0'P,1,/- Assistant City Engineef/Utilities Director Forest Oaks and South Water Treatment Plants Well Pumps and Ground Storage Tanks Project Bid No. B96-05 Change Order Request No. 2 Attached for your review is Change Order Request No. 2 on the Forest Oaks and South Water Treatment Plants Well Pumps and Ground Storage Tanks Project, Bid No. B96-05. This change order request was initiated by City staff to further improve the operations at the water treatment plants. The items included in this change order are: No. 2-A - Increased cost for a computer, printer and related equipment above the Bid Allowance. The computer, printer and related equipment was included in the project to interface with the instrumentation controls for the two water treatment plants. The contractor supplied the equipment as described in the specifications, but the cost for all the "equipment" exceeded the estimated bid price established as an allowance in the bid documents by PEC and the City. The actual costs were $4,410.32 which was $410.32 above the allowance. The computer has already been delivered, setup, and is fully operational at this time. No. 2-13 - Activation of the bathroom at the Forest Oaks WTP When the Forest Oaks WTP was originally constructed in 1984, a bathroom was designed and included in the building. The bathroom was not connected to a sanitary receptacle because there THE PRIDE OF WEST ORANGE -i is not a sanitary sewer system in the area and a septic drain field was not installed due to the proximity to the wells. All the plumbing was installed with the sink setup to drain to a "bucket of rocks" and the toilet never installed. With the increase in plant capacity, the Florida Department of Environmental Protection (FDEP) require an operator to be physically at the facility a minimum of four hours per day. The bathroom will be connected to the waste brine tank which is being installed as a part of the plant improvements. The waste brine tank will need to be renovated to effectively accept the sanitary waste and hold it until it is pumped out on a periodic schedule and taken to the wastewater plant for treatment. No. 2-C - Chlorine analyzer water reuse pumping system and chemical scale upgrade. In the original design, the chlorine analyzer water was to be piped to a drain field to be located on the western portion of the plant site. The original project did not include the investigation, design, and construction of this drain field, but it the City knew that these tasks would need to be performed after construction began. The costs for these items was estimated and reimbursement would come from construction contingency. The estimate to perform all of these tasks was approximately $4,000.00. When this issue was discussed among all parties involved after construction began, other options were explored as alternatives to the drain field. The drain field option became less viable due to FDEP regulations regarding drain field proximity to drinking wells and depth to ground water in the area. Some of the other options involved piping the water to the stormwater collection system in Forest Lakes and possibly using the water for irrigation purposes at the plant site. These options became too costly and involved significant additional design. Staff researched and proposed a small package pump station to be located in the chemical feed building and piped to the raw water pipeline. This option became viable with regards to groundwater consumptive use and reuse of water which can be treated to drinking water standards. The contractor was able to take the concept and price inexpensive equipment to effectively solve the problem. The cost for the package pump station was approximately $1,000.00 higher than the estimate to do the drain field option. In addition, any future expansions can use the land where the drain field would have been installed without having to relocate the drain field. The upgrade of the chemical drum scales was proposed by Staff so that the new grating in the chemical feed building would not have to be cut to install the specified scales (one was a relocated existing and the other was to be new scale). Staff recommended that both scales be the same; the contractor traded the new scale at equal cost and the additional $2,100.00 is to replace the exiting scale. The existing scale will cleaned up with the idea of selling it to another utility to recoup some of the cost. No.2-D - Extension of the Hypochlorite Generator Room at'the Forest Oaks WTP The new hypochlorite generator was to- be installed in the existing chlorine gas feed room. Construction constraints due to the design caused the installation- to be excessively cramped. - The equipment would fit into the room and it would have operated according to the design intent, but it would have been extremely difficult to maintain the equipment had any of the parts failed in the future. Basically, the acceptable industry "guideline" of at least three feet -of clearance 'around all mechanical equipment for maintenance was sacrificed. Many options to solving this problem were investigated, conceptually designed and discussed by Staff, PEC and Wharton -Smith. The acceptable solution was to extend the -room to the west to allow for the shifting of the hypochlorite generator to clear the electrical and instrumentation control panels. To make the addition look aesthetically pleasing, the west wall was extended which provided some additional room at the plant. Wharton -Smith has requested a contract extension of 42 days to incorporate this additional construction. The substantial completion date will now be March 3rd, which will still allow for our operation staff to become efficient at the new plant operations prior to the expected water demands of Spring. This construction constraint was incorporated in the designed provided by PEC -and its subconsultants. PEC has shared in this particular construction change by providing design services at no cost to the City and has agreed to reimburse the City $9,000.00 of the construction cost. These costs will be deducted from theircontractamount and transferred to Wharton - Smith's construction account. This change order actually includes four separate items. This procedure, of combining a number of items into one change order, was initiated so that -the Engineering/Utility Department was not bringing each item to the Commission as a separate change order. The intent is that a group of small items or any major item would constitute the preparation of a change order to the Commission. This procedure will also allow construction to keep moving ahead without delays and bring the plant on-line prior to heavy demand period. The attachment is the actual Change Order; the backup is available should the Commission want to review it and is also attached to the original Change Order forms. The current contract price - including Change Order No. 1 is $2,565,083.33 (the original contract price was $2,304,000.00). This Change Order constitutes an increase of 1.64%_ over the original contract price. - The new contract price will be $2,602,897.65.- I -recommend that the City Commission approve Change -Order No. 2 by increasing the contract amount by $37,811.32, with an extension in contract time of forty-two calendar days, and authorize the Mayor and City Clerk to execute Change Order No. 2. Attachment • Adjustment as of Change Order No. _oi CHANGE ORDER FORM Change'Order No. 02 (Short title of Change Order) . PROJECT: il3%{{i:irirf tiff'}}}i}.}3y}ii:•}{}i}:'::i::$y<:yS1•}}:•w•'}iCn•.}is4ij}}.}y}J�1}.}}iY::}:•}{k2:%•}�i•FiS}�Y:',:r.'4i:4}:iftii.Y'%}iy.4ri•::}%•k��h CHANGE ORDER NO. 02 DATE: -September 25, 1996 CONTRACTOR: Wharton -Smith, Inc. OWNER: '1"!>>t' YsCyi<!"3A AGREEMENT DATE: Mav 9.1996 The following changes are hereby made to the CONTRACT DOCUMENTS: Original CONTRACT PRICE $2,304,000.06 Current CONTRACT PRICE ADJUSTED by previous CHANGE ORDER $2,565,08633 Net Increase (Decrease) Resultingfrom this CHANGE ORDER $37,81132 The current CONTRACT PRICE including this CHANGE. ORDER $2,602,897.65 ORIGINAL CONTRACT TIME: 270 Days DateFebruM3, 19971997 Current CONTRACT -TIME adjusted by previous CHANGE ORDERS' DateFebru�3, 1997 Net Increase Resulting from this CHANGE ORDER Days -42 Current CONTRACT TIME Including this CHANGE ORDER"Date March 17, 1997 CHANGES ORDERED: I. GENERAL - This change order is necessary to cover changes in the work to be performed under this Contract. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, SPECIFICATIONS and all parts of the Project Manual listed in Article 1,• Definitions, of the GENERAL CONDITIONS apply to and govern all work under this change order. Change Order No. 02 11. REQUIRED CHANGES - Extension'or Contract Time By this Change Order, Section 00500, Agreement, Article 3, : Contract Time, shall be modified as follows: 3.1 Delete in'its entirety and insert the following in its place: Me Work shall be Substantially Completed (success pressure testing and bacteriological testing of completed potable water pumping station, and completion of acceptable potable Water Demonstration Test of the completed facility which shall include, High Service Pump additions addressed in Change Order No.1 and other miscellaneous items of Work addressed in Change Order No. 2) in Two Hundred Ninety Eight (298) consecutive calendar days from the effective date of Notice to Proceed as provided in paragraph. 23 of the General Conditions (Commencement of Contract Time; Notice to Proceed) Informational Note: Project Substantial Completion Date was changed from January 4,1997 to January 17, 1997 by Change Order No. 1. By Change Order No. 2, Project Substantial Completion Date is changed from January 17, 1997 to March 3, 1997. 3.2 Delete in its entirety and insert the following in its place: The Work shall be Finally Completed and ready for -final payment in accordance with paragraph 14.13 of the General Conditions (Final Payment and Acceptance) within Three Hundred Twelve - (312) consecutive calendar days from the effective date of the Notice to Proceed as provided in paragraph 23 of the General Conditions (Commencement of the Contract Time; Notice to Proceed). Informational Note: By Change Order No. 2, the Project Final Completion date is changed from February 3, 1997 to March 17, 1997. 33. Delete in its entirety and insert the following -in its place: As Provided in paragraphs 3.1 and 3.2 above, the Work will be substantially completed on or before March 3 . 1997 , and completed and ready for final payment on or before March 17.. 1997. Item 2-A through 2-D Item 2-A Unit allowance adjustment to cover actual costs for Personal Computer -to be supplied by Contractor to Owner. Item 2-B Install sanitary piping at the Forest Oaks WTP and modify the Waste Brine Tank at the Forest Oaks WTP to allow same to be used as sanitary -manhole (see attached RFP No. 3). Item 2-C Install raw water return pump and piping at the Forest Oaks WTP. By installation of this pump excess chlorine analyzer sample water will be returned to the Owners's water system (1,500 gallon/day ±) (see attached RFP No. 6). 2 Item 2-D Building addition to the Hypochlorite Generator room at the Forest Oaks WT? (see - attached RFP. No. 8). M. JUSTIFICATION Extension of Contract Time Extension of Contract Substantial and Final Completion dates are required to allow building addition changes to be completed as addressed in Cost Proposal Summary-, No. 8. Item 2-A through 2=D Item 2-A Per Article 11.8.1 of the General Conditions of the Contract Documents, allowances are to include,the cost to the Contractor for materials, equipment and all taxes. The Contractor has provided invoices (see attached) which show the allowance provided does not cover said casts. Item 2-B Modification as per Owner request. Item 2-C- Additions as per Owner request. Item 2-D. Building, extension as per Owner request. 3 IV. PAYMENT Change Description Net Increase Unit Unit Price Net Increase Order Item (Dares) (Dames) No. Quantity Price 2-A Unit allowance adjustment for Personal All IS $4.41032 $41032 Computer 2-11 . Modify Waste Brine Tank at Forest Oafs All IS $3,274.00 $3,274.00 wi? 2-C Raw Water Return Pump and Piping at All IS $7,127.00 $7,127.00 Forest Oaks WTP 2-D Fiteasion of Hypochlorite Generator Room All IS $27,000.00 $27,000.00 Total Net Increase (Decrease) Change Order No. 2 $37,811.32 V. NARRATIVE OF NEGOTIATIONS Extension of Contract Time Items 2-A through 2-D Item 2-A Base Bid Item No. 10 provided allowance of $4,000.00 for a Personal Computer and equipment. The Contractor has turn over to the Owner all required equipment and materials and invoices provided show the actual cost for the Personal Computer and equipment to be $4,41032. By this Change Order Item allowance for the Personal Computer and equipment, as specified in the Contract, to be provided is increased by $41032 to. reflect actual Contractor costs. Item 2-B Request For Proposal (RFP) No. 3 was issued to the Contractor on November 5,1996. �. Contractor submitted Cost Proposal Summary (CPS) No. 3 on November 8, 1996, at a cost of $3,274.00 and request for five (5) days time extension. Owner approved_ CPS No. 3 on December 23, 1996 at a cost of $3,274.00 and two (2) days time extension, which will run concurrently with any other time extensions granted by this Change Order. Item 2-C RFP No. 6 was issued to Contractor November 22, 1996. CPS No. 6 was submitted by the Contractor on January 7, 1097 at a cost of $5,505.19 and request for thirty (30) days time extension. Negotiations of January 9, 1997 yielded a cost of $4,912.00 and zero (0) days time extension. By direct negotiations between the Owner and. the Contractor a drilmm-scale was added to. the CPS ,making the final approved cost $7,127.00. Item 2-D RFP No. 8 was issued_ to the .Contractor on December 17, 1996. The Contractor. submitted CPS. No. 8 on December 17, 1996. at a cost of $34,211.65 and request for sixty (60) days time extension. Per negotiations of December 23,1996, the final cost 4 was., approved at $27,000.00. Per negotiations on January 3, 1997, extensions of Contract Time were set as follows: Substantial Completion - March 3, 1997 Final Completion - March .17, 1997 Also, Contractor provided project office trailers can be removed from site upon project substantial completion. VI. APPROVAL AND CHANGE AUTHORIZATION This proposed change to the Contract is to be approved by the Ocoee City Commission. s Acknowledgments: The aforementioned change, and work affected thereby, is subject to all provisions of the original contract not specifically changed by this Change Order; and, It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original contract other than matters expressly provided herein. CONTRACTOR acknowledges, by its execution and acceptance of this Change Order, that the adjustments in Contract Price and Time shown hereon constitute full and complete compensation and satisfaction for all costs and modifications of performance time incurred by the CONTRACTOR as a result of this Change Order. No other claim for increased costs of performance or modifications of time will be granted by the OWNER for the Work covered by this Change Order. The CONTRACTOR hereby waives and releases any further claims for cost or time against the OWNER arising from or relating to the matters or Work set forth or contemplated by this Change Order. Change Order Request by Change(s) Ordered by: City of Ocoee RECOMMENDED BY: PROFESSIONAL ENGINEERING CONSULTANTS, INC. Engineer By: Signatur Date: /- /d- 9-1 Title: si,cfiov� 67��iYi;�;ff i c7�i APPROVED BY: By: S. Scott Vandergrift, Mayor Attest: Jean Grafton, City Clerk ACCEPTED BY: Contractor By: —;'7' , Ignature Date: Title: , T'el z> /`&AM Change Order No. 02. Date FOR USE AND RELIANCE ONLY BY Proved by the Ocoee City Commission in THE CITY OF OCOEE, FLORIDA a meeting held on .1997 APPROVED AS TO FORM AND LEGALITY under Agenda Item No. This day of , 1997 City Attorney GX EMCONST\Ofi10E-238\002N.00